Section one: Contracting authority
one.1) Name and addresses
Cardiff Council
County Hall, Atlantic Wharf
Cardiff
CF10 4UW
corporate.procurement@cardiff.gov.uk
Telephone
+44 2920873701
Country
United Kingdom
NUTS code
UKL22 - Cardiff and Vale of Glamorgan
Internet address(es)
Main address
Buyer's address
https://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA0422
one.2) Information about joint procurement
The contract is awarded by a central purchasing body
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://supplierlive.proactisp2p.com/
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://supplierlive.proactisp2p.com/
one.4) Type of the contracting authority
Regional or local authority
one.5) Main activity
General public services
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Delivery of a Multi-Storey Car Park for the Atlantic Wharf Development
Reference number
ERFX1007891
two.1.2) Main CPV code
- 45213312 - Car park building construction work
two.1.3) Type of contract
Works
two.1.4) Short description
Cardiff Council (“the Council”) is the freeholder of the Surface Car Park Adjacent the Red Dragon Centre in Atlantic Wharf, Cardiff Bay (“the Site”) which it wishes to deliver a 1,300 spaces Multi Storey Car Park (“MSCP”).
However, interested bidders should note that the Council reserves the right to amend the orientation of the Red-Line boundary of the MSCP to accommodate the evolving Masterplan design, subject to internal approvals. Further information on this is set out in the procurement documents.
This opportunity therefore relates to the design and construction of a system build MSCP.
The general scope of the tender shall include all the works as detailed in the separate Employers Requirements Documents and referred to in the Pricing documents included in the tender documentation available free of charge on the Proactis Portal.
two.1.5) Estimated total value
Value excluding VAT: £26,000,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 45000000 - Construction work
- 45213312 - Car park building construction work
- 45210000 - Building construction work
two.2.3) Place of performance
NUTS codes
- UKL22 - Cardiff and Vale of Glamorgan
two.2.4) Description of the procurement
The MSCP will be procured as a two stage Design and Build Contract. Employers Requirements will include but are not limited to in summary:
1. 1,300 Car Park Spaces with 56 accessible parking spaces.
2. Electric charging points to a minimum number of 385 spaces and infrastructure provision to increase this number throughout the MSCP to future proof within the constraints of the supply.
3. Typical parking bay size of 2.5m x 5m.
4. Allow for Photovoltaic (PV) 50% required on the MSCP Roof.
5. Provide ANPR / ticketless operation, with ticket machine location.
6. Battery storage allowance.
The Energy Strategy is paramount to the Council aspirations and should include: -
1. LoRaWAN WI-FI Technology network,
2. Solar PV,
3. Battery Storage,
4. Smart lighting and controls,
5. ALPR Auto Licence plate recognition Barriers,
6. Ticket machines and
7. Electric vehicle EV charging
All aspects of the design and installation shall be undertaken by the Contractor. The Contractor must ensure compliance with all Statutory and Building Codes of Practice associated with the design, manufacture, construction and operation of the MSCP of this scale.
The tender will be run under an open procedure. Bidders will be expected to provide a response to the following (please see tender documentation for further information):
1. Quality Questions
2. Pricing Schedule
3. Contract Specific Social Value
The Successful Contractor will work under a two-stage design and build under a Pre-Construction Services Agreement and JCT and Design and Build Contract 2016 edition, varied by the schedule of amendments.
Stage 1 will require the Contractor to work with the Council to design the MSCP providing a Contractor’s Proposal document and support where required.
Stage 2 will require the Contractor to undertake the works, subject to Council approvals.
The full scope of the works will encompass but will not be limited to the following core activities:
1. Act as Principal Contractor in accordance with the CDM Regulations 2015
2. Full Project and Design Management
3. Full design of all elements from the detailed planning details
4. Management of Employers design approval process requirements
5. Full Construction Site Management
6. Safe site set-up, access equipment and materials distribution
7. On site welfare facilities and fencing/hoarding
8. Ground works and Structural works
9. Build envelope / façade
10. Mechanical and Electrical Installations including testing and commissioning inclusive of BMS, Energy, Sustainability and Smart Technologies systems
11. Management and service diversions and new supply requirements
12. Full Management of Health and Safety File and Building Documents
13. Practical completion
14. Handover and soft landings.
Bidders are to note the Authority has a set funding envelope available for the costs associated with the delivery of the MSCP. Further information on this is set out in the ITT document.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
23
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
three.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
three.2) Conditions related to the contract
three.2.2) Contract performance conditions
The successful contractor may be required to help achieve social and/or environmental policy objectives relating to recruitment, training and supply-chain initiatives. Contract conditions may relate to these considerations.
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Open procedure
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
four.2) Administrative information
four.2.1) Previous publication concerning this procedure
Notice number: 2021/S 000-024785
four.2.2) Time limit for receipt of tenders or requests to participate
Date
22 September 2022
Local time
12:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English, Welsh
four.2.7) Conditions for opening of tenders
Date
22 September 2022
Local time
12:00pm
Information about authorised persons and opening procedure
All tender documentation must be submitted on the Proactis Portal, a secure e-tendering portal in which all submissions are unable to be viewed until after the closing date and time.
Once the closing date and time has passed, the procurement officer will be able to view the submissions and check for compliance prior to undertaking the evaluation.
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
six.3) Additional information
Bid submissions must be by way of completion and submission of the PQQ (in accordance with the requirements set out in the PQQ) and Tender (ITT response) by the date and time specified in Section IV2.2.
The Authority reserves the right not to accept requests to participate that are received after the deadline. Bidders are encouraged to submit their submissions well in advance of the stated date and time in order to avoid issues such as technical difficulties with the electronic system that may be due to the high volumes of traffic attempting to submit applications on the same date at the same time.
Bidders are responsible for their own costs in relation to this procurement process. The Authority reserves the right to cancel the procurement procedure at any point and shall have no liability to candidates whatsoever in respect of any costs incurred by candidates in participating in the tender process.
The Authority reserves the right not to award the opportunity or to award only part (or a different arrangement) of the opportunity described in this contract notice.
The Contractor shall ensure that all contracts with Subcontractors and Suppliers which the Contractor intends to procure following the Award date, and which the Contractor has not, before the date of this Contract, already planned to award to a particular Subcontractor or Supplier, are advertised through the Sell2Wales portal (www.sell2wales.gov.wales) and awarded following a fair, open, transparent and competitive process proportionate to the nature and value of the contract.
Under the terms of this contract the successful supplier(s) will be required to deliver Community Benefits in support of the authority’s economic and social objectives. Accordingly, contract performance conditions may relate in particular to social and environmental considerations. The Community Benefits included in this contract are:
The Authority will request Bidders to submit contract specific social value commitments using the Welsh TOMS (themes, outcomes and measures), which will be evaluated on the Social Value Portal as part of the tender process. The successful Bidder will then work with the Council to deliver these commitments over the contract period.
(WA Ref:116995)
The buyer considers that this contract is suitable for consortia.
six.4) Procedures for review
six.4.1) Review body
High Court
Royal Courts of Justice, The Strand
London
WC2A 2LL
Telephone
+44 2079477501
Country
United Kingdom